Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

S -- CDC linen contract - Package #1

Notice Date
10/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-15-M-B003
 
Archive Date
11/15/2014
 
Point of Contact
Johnny Cochran, Phone: 6612774811, Katie Michelle Hudiburgh, Phone: 6612770968
 
E-Mail Address
johnny.cochran.2@us.af.mil, Katie.Hudiburgh@us.af.mil
(johnny.cochran.2@us.af.mil, Katie.Hudiburgh@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Linen SOW Linen RFQ INSTRUCTIONS TO OFFERORS: IN ORDER FOR A QUOTE TO BE CONSIDERED TECHNICALLY ACCEPTABLE, THE OFFEROR MUST SUBMIT AND SPECIFICALLY STATE IN WRITING ALL OF THE EVALUATION CRITERIA IN THEIR QUOTE. THIS RFQ WILL CLOSE 10/31/2014 at 7:30 AM PACIFIC. AFTC/PZIOA at Edwards AFB, CA is contemplating an award for the service of the linen services at Child Development Center (CDC) at Edwards AFB, subject to the availability of funds. The Product Service Code (PSC) code is S209. NAICS is 812320 and the size standard is $5.5 million. This acquisition is a 100 % small business set aside. The contractor shall accomplish all tasks to meet the requirements of the Statement of Work (SOW). Laundry service delivery standards include; pick-up and delivery are met, correct quantities of laundry are delivered, laundry is delivered free of all visible dirt, debris, dampness, offensives odors, mildew, cleansing chemical residue, has a uniform appearance, and items are properly finished and packaged. Exchange of signed receipts accompanying laundry, between the Contractor and the Government is specifically required. The period of performance will be from 11/01/2014 to 10/30/2015. SEE ATTACHED SOW REQUIREMENTS: Offerors are requested to submit a complete firm fixed price quote, pricing each item as a separate line item as indicated below, for FOB Destination Edwards AFB, CA, for all items along with enough information for the government to evaluate the minimum requirements detailed in this RFQ. The government will be evaluating quotes IAW FAR 52.212-02 - Evaluation - Commercial Items (APR 2014). Award will be made to the lowest priced, technically acceptable offer that is most advantageous to the Government in price and meeting the requirement. Offerors shall provide pricing for the Contract Line Items (CLINs) as follows for the linen services at CDC. All prices shall be in accordance with the offeror's pricing and include any and all discounts offered. DESCRIPTION PART NUMBER UNIT QUANTITY UNIT PRICE EXTENDED PRICE CLIN 0001 Linen Services CDC MO 12 $ $ GRAND TOTAL $ The following provisions and clauses will also apply to any order awarded as a result of this solicitation and are those in effect through the Defense Acquisition Regulation Supplement (DFARS) DPN 20141014 and Federal Acquisition Circular (FAC) 2005-77. All full text clauses and provisions are available at http://farsite.hill.af.mil/vffara.htm/. This RFQ will close on 10/31/2014 at 7:30 am Pacific. Any questions can be submitted via email to johnny.cochran.2@us.af.mil. The phone number is 661-277-4811 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; top: 0px; cursor: hand; right: 0px; left: 0px;" title="Call: 661-277-4811" src="data:image/png;base64,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" alt="" />. The POC back up is katy.hudiburgh@us.af.mil. The phone number is 661-277-0968 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; top: 0px; cursor: hand; right: 0px; left: 0px;" title="Call: 661-277-0968" src="data:image/png;base64,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" alt="" />. CONTRACTORS MUST COMPLY WITH THE FOLLOWING CLAUSES: FAR 52.204-07 System for Award Management (Jul 2013) FAR 52.204-09 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-04 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2014) FAR 52.219-06 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-03 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2014) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.222-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) FAR 52.233-01 Disputes (May 2014) FAR 52.233-03 Protest after Award (Aug. 1996) FAR 52.233-04 Applicable Law For Breach Of Contract Claim (OCT 2004) FAR 52.252-02 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-06 Authorized Deviations in Clauses (Apr 1984) 5352.242-9000 NOTIFICATION OF GOVERNMENT SECURITY ACTIVITY AND VISITOR GROUP SECURITY AGREEMENTS (March 2012) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2013) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014) DFAR 252.204-7006 Billings Instructions (Oct 2005) DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea- Basic (APR 2014) AF 5352.201-9101 Ombudsmen (NOV 2012) AF 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) Statement of Work Laundry Service, Child Development Care Center September 12, 2014 Table of Contents Section Title Page 1. SUMMARY OF SERVICES Description of Services....................................................................................................... 2 Specific Tasks....................................................................................................................... 2 Schedule............................................................................................................................... 2 Location................................................................................................................................ 2 Pickup.................................................................................................................................... 2 Delivery................................................................................................................................. 2 Industry Regulatory Health Requirements..................................................................... 2 Workmanship...................................................................................................................... 2 Re-performance................................................................................................................. 3 Missing Articles................................................................................................................... 3 2. GENERAL INFORMATION Security Requirements....................................................................................................... 3 Quality Control.................................................................................................................... 3 Performance Evaluation Meetings............................................................................ 3 •1.0 SUMMARY OF SERVICES •1.1. DESCRIPTION OF SERVICES: The contractor shall provide all personnel equipment, tools, materials, supervision and other items and services necessary to perform the laundry cleaning in accordance with industry standards and as required in this Statement of Work. •1.2. SPECIFIC TASKS: The contractor shall accomplish all tasks to meet the requirements of the Statement of Work (SOW). Laundry service delivery standards include; pick-up and delivery are met, correct quantities of laundry are delivered, laundry is delivered free of all visible dirt, debris, dampness, offensives odors, mildew, cleansing chemical residue, has a uniform appearance, and items are properly finished and packaged. Exchange of signed receipts accompanying laundry, between the Contractor and the Government is specifically required. •1.3. SCHEDULE: Laundry pick-up and delivery shall be Monday's and Thursday's before 11:00 am. Workdays exclude Saturday's, Sunday's, Holidays observed by the Military/Government and or otherwise specified (i.e. down days). A Child Development Center (CDC) representative will contact the contractor to inform of scheduled changes. •1.4. LOCATION: The locations for pick-up and delivery will be at the Child Development Care Center, Bldg. 6457 Fitzgerald Blvd., Edwards AFB CA 93524. •1.5. PICK UP: At point of pick-up the contractor shall weigh or count the laundry and a CDC representative shall sign the original pick-up receipt, signature constitutes an agreement to the CDC's count. The CDC will retain a copy of the slip and the contractor will retain the original. •1.6. DELIVERY: The contractor shall record the weight of articles delivered on the delivery receipt, and a CDC representative will verify this weight. Items delivered must be 100 percent of items picked up. The items delivered shall be clean, dry and bundled. Damaged items shall be returned in a separate bundle labeled "damaged". •1.7. INDUSTRY REGULATORY HEALTH REQUIREMENTS: The Contractor is responsible for all compliance with any certification or labeling requirements arising from health regulations. The contractor shall furnish laundry bags and containers for the storage and collection of dirty laundry. •1.8. WORKMANSHIP AND SANITATION: Delivered finished articles shall conform to the generally accepted industry standards and/or Department of Health for quality of cleanliness, finish and appearance. The contractor's facility shall be open to inspection of sanitary conditions at any time by the representative of the Government; the right to perform or cause to have performed any test necessary to determine the sanitary condition of articles delivered by the Contractor, is reserved by the Government. The sanitary condition of the delivery vehicle and the handling of clean laundry according to regulations are also open to inspection. •1.9. RE-PERFORMANCE OF LAUNDERING: Any items found to be unacceptable shall be re-cleaned at no additional cost to the Government. Such items shall be identified by the Quality Assurance Person (QAP), to the contractor's representative immediately or at the next scheduled pick-up after the unacceptable condition is discovered. •1.10. MISSING ARTICLES: The contractor shall replace any article's missing from a delivery by the next regularly scheduled delivery at no additional cost to the Government. Articles that cannot be replaced by the Contractor will be considered lost after 10 days. If replacements cannot be made within 10 days, the current cost for the articles will be deducted from the contract billing cost, at full replacement Value. •2.0 GENERAL INFORMATION •2.1. SECURITY REQUIREMENTS: The contractor shall obtain the following pass and identification items: security passes, badges or other items required to perform contract services for the 95 th Force Support Squadron. These media shall be surrendered to the Pass and ID section upon termination of the contract, or upon termination of each individual's employment. The contractor and their employees shall comply with Edwards AFB (EAFB) security requirements imposed by the installation Commander at all times while on EAFB. •2.2. QUALITY CONTROL: The contractor is responsible for quality control procedures that encompass all aspects of the contract. The contractor shall establish, maintain and enforce a quality plan to ensure compliance with the requirements of this Statement of Work. •2.3. PERFORMANCE EVALUATION MEETINGS: The contractor or designated representative shall be available to participate in quality control meetings at the EAFB contracting office, should problems regarding quality control and contract performance deem it necessary. •3.0 PICKUP AND DELIVERY Item Name FY 15 # laundered/week Sheets 275 Blankets 104
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-15-M-B003/listing.html)
 
Place of Performance
Address: 1208 W. Fitzgerald Blvd., Bldg 6457, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03562195-W 20141101/141031000314-cb08df213b0f2a3b51b17c0291cd3bc9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.